Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

70 -- ASDS and DDS Equipment and Engineering/Technical Support Services

Notice Date
7/25/2016
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017816R2037
 
Archive Date
9/10/2016
 
Point of Contact
PHILLIP MAKELY, Phone: 540-653-4404
 
E-Mail Address
phillip.makely@navy.mil
(phillip.makely@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Special Notice: This is neither a formal Request for Proposals nor a formal Request for Quotations. The Government will not reimburse any costs associated with the development and submission of materials in response to this request. There is no solicitation available at this time. However, should such a requirement materialize, no basis for claims against NSWCDD shall arise as a result of a response to this Pre-Solicitation notice or NSWCDD's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. This Pre-Solicitation Notice synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. The Combat Direction Systems Activity Dam Neck (CDSADN) Division supports various Activities and Commands in its role as In Service Engineering Agent (ISEA), Technical Design Agent (TDA), and Acquisition Engineering Agent (AEA) for suites of equipment that help achieve Information Dominance for the Navy. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia 22448-5110, on behalf of CDSADN, R30 Division, intends to procure on a sole source basis the following supply products and services: (1) Automated Signal Distribution System (ASDS) AN/SPQ-14(V) Equipment, Parts, and Engineering Support Services (2) Data Distribution System (DDS) AN/SPQ-15(V) Equipment, Parts, and Engineering Support Services The Government intends to award a sole-source Indefinite -Delivery-Indefinite-Quantity (IDIQ) supply contract to Frontier Electronic Systems Corporation (FES), of 4500 West Sixth Avenue, Stillwater, OK, 74074-1522. As authorized by 10 USC 2304 (c)(1) and implemented by FAR Part 6.302-1, the supply items and engineering support services are types of products and services directly related to the continuation of the installation and operation of existing U.S. Navy surface ship warfare systems radar equipment. The award is being based on a sole source because there is only one responsible source and no other supplies or services will satisfy agency technical requirements. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. If no written response is received, the action will proceed in accordance with FAR Part 6.302-1 and FAR Part 15. A determination by the Government not to compete the action proposed by this notice is solely within the discretion of the Government. The contract will consist of Firm-Fixed-Price CLINs designated for the procurement of complete ASDS and DDS units, components, and spare parts. The contract will be an IDIQ contract and encompass multiple part numbers. Items will be procured on these CLINs through the award of individual delivery orders. The contract will include a level of effort Cost-Plus-Fixed-Fee service CLIN designated for the acquisition of engineering and technical support services necessary to modify, install, upgrade, or repair ASDS and DDS equipment purchased on this contract. Engineering and technical support will be procured on individual task/delivery orders. The contract will also include a Cost-Plus-Fixed-Fee CLIN for Materials and Other Direct Costs such as travel, incidental materials, shipping, packaging, and other qualified costs related to the service CLIN tasking. The duration of this contract will be five years. Performance shall be at the Contractor's site, CDSADN, and on U.S. Navy surface ship platforms. The North American Industry Classification System (NAICS) code is 334290 with a size standard of 750 employees. The anticipated award date is 29 April 2017. If you have any questions, please send them to phillip.makely@navy.mil. Please reference N00178-16-R-2037 in any correspondence. Contracting Office Address: 17362 Dahlgren Road Suite 157 Dahlgren, Virginia 22448-5100 United States Technical Direction Organization: NSWCDD - CDSA Dam Neck, R32 1922 Regulus Avenue Virginia Beach, Virginia 23461 United States Primary Point of Contact: Phillip Makely Phillip.makely@navy.mil Phone: 540-653-4404
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017816R2037/listing.html)
 
Record
SN04194636-W 20160727/160725235546-ac2561fa4880485ecfce9c8b9d6d9afd (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.